Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Scientific installations [loki (small angle neutron scattering) detector vacuum vessel - ess project]
UK and Sweden

Purchaser: UK Research and Innovation

15/04/2019 S74 - - Supplies - Contract notice - Open procedure
I.II.III.IV.VI.
United Kingdom-Swindon: Scientific installations

2019/S 074-174821

Contract notice

Supplies

Legal Basis:

Directive 2014/24/EU
Section I: Contracting authority

I.1)
Name and addresses
UK Research and Innovation
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
Contact person: Fiona Morris
E-mail: majorprojects@uksbs.co.uk
NUTS code: UK
Internet address(es):

Main address: www.uksbs.co.uk

I.2)
Information about joint procurement
I.3)
Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://gpsesourcing.cabinetoffice.gov.uk/emptoris/sso_login.jsp#/login/loginPage
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)
Type of the contracting authority
Other type: UK Research and Innovation
I.5)
Main activity
Other activity: UK Research and Innovation
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
UK SBS PR19036 LoKI Detector Vacuum Vessel

II.1.2)
Main CPV code
45214630
II.1.3)
Type of contract
Supplies
II.1.4)
Short description:
LoKI is a SANS instrument that will enable scientists to answer the challenging materials science questions of tomorrow in fields from health and aging, to sustainability and energy security. 1 of the first instrument concepts to be proposed and moved into construction, LoKI will be part of the early science programme at ESS. There is a requirement for the design and build of the LoKI detector vacuum vessel. The vessel will be delivered to the ESS neutron facility in Lund, Sweden. The LoKI instrument project is an ISIS in-kind project for the ESS facility involving ESS and UKRI.

II.1.5)
Estimated total value
Value excluding VAT: 350 000.00 GBP
II.1.6)
Information about lots
This contract is divided into lots: no
II.2)
Description
II.2.1)
Title:
II.2.2)
Additional CPV code(s)
II.2.3)
Place of performance
NUTS code: NL
Main site or place of performance:
ESS Facility, Lund, SWEDEN.

II.2.4)
Description of the procurement:
The vacuum vessel is, to first order, a horizontal cylinder, 3,25 m internal diameter and 11 m long (excluding ends) with profiled removable vessel ends. There are a number of ports into the chamber including a 1,25 m diameter flange on the top (with a removable closing plate) and a similar sized port on the side which is a quick access door. There are also numerous other ports for services and vacuum pumping etc. Fixing brackets, for the detector system and other components, are located inside the vessel.

The supplier is to design and build the complete vacuum vessel to meet the requirements of the specification.

II.2.5)
Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)
Estimated value
Value excluding VAT: 350 000.00 GBP
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 23
This contract is subject to renewal: no
II.2.10)
Information about variants
Variants will be accepted: no
II.2.11)
Information about options
Options: no
II.2.12)
Information about electronic catalogues
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)
Additional information
Section III: Legal, economic, financial and technical information

III.1)
Conditions for participation
III.1.1)
Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)
Economic and financial standing
III.1.3)
Technical and professional ability
III.1.5)
Information about reserved contracts
III.2)
Conditions related to the contract
III.2.2)
Contract performance conditions:
III.2.3)
Information about staff responsible for the performance of the contract
Section IV: Procedure

IV.1)
Description
IV.1.1)
Type of procedure
Open procedure
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
IV.1.8)
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)
Administrative information
IV.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 22/05/2019
Local time: 14:00
IV.2.3)
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)
Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Duration in months: 23 (from the date stated for receipt of tender)
IV.2.7)
Conditions for opening of tenders
Date: 22/05/2019
Local time: 14:00
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
The Contracting Authority (CA) will continue to utilise the Official Journal of the European Union (OJEU) for this procurement if the United Kingdom (UK) is able to gain access to the OJEU.

If, however during this procurement process the UK exits the EU and this does not allow for any transitional arrangements of access aligned to the timings of the procurement, the Contracting Authority will as directed by the UK Governments Cabinet Office (via Crown Commercial Services) utilise the UK Governments own procurement portal to discharge the balance of its statutory obligations associated with this procurement.

VI.4)
Procedures for review
VI.4.1)
Review body
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
VI.4.2)
Body responsible for mediation procedures
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
UK Shared Business Services Ltd
Polaris House, North Star Avenue
Swindon
SN2 1FF
United Kingdom
VI.5)
Date of dispatch of this notice:
11/04/2019


http://ted.europa.eu/, TED database, © European Communities, 1995-2019.